Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2007 FBO #1966
SOURCES SOUGHT

16 -- NAU.S Coast Guard Water Quality Improvement System

Notice Date
4/13/2007
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-Sources-Sought-for-USCG-Water-Quality-mprovement-System
 
Response Due
5/15/2007
 
Archive Date
5/30/2007
 
Description
This is not a request for proposals. This sources sought notice is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. U.S Coast Guard Water Quality Improvement System Candidates Request for Information, Opportunity for Comment. The U.S Coast Guard (USCG) has identified a need to improve the quality of the engine wash water at the shore-based facilities where H-65C aircraft are regularly maintained. This request for information has been issued to survey the market to identify suitable candidate systems for consideration. The Coast Guard is seeking a uniform water filtration or distillation system for permanently installation at USCG facilities that meets or exceeds the water quality requirements detailed by the helicopter engine manufacturer, Turbomeca. Potential suppliers are encouraged to review the attached document and provide written suggestions to the contracting officer. After the review of the responses to this announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the FEDBIZOPS. Responses to this sources sought are not an adequate response to any future solicitation announcement. Again, this is not a request for proposals and in no way obligates the Government to award any contract. Telephone responses will not be accepted. Responses must be received no later than 15 May at 3 p.m. EST. This notice is to help the USCG in refining the specification only. All firms responding to this notice are advised that their response to this notice is not a request to be considered for a contract award. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests. 1.0 Response The Coast Guard is publishing this request for information and will consider suggestions from qualified suppliers. Suggestions must be received at the address listed below no later than 15 May 2007. Advance copies may be sent by e-mail to Tabitha.L.Bakely@uscg.mil (the contracting officer) including the following in the subject line ?H-65 Water Quality Comments, Company Name?. Correspondence must include a company point of contact with address, phone number and email address. 2.0 Scope The water quality improvement system will meet ISO 3696 Standards and will be installed at up to 22 locations which may include the following places: AIR STATION ATLANTIC CITY, NJ BARBERS POINT/ KAPOLEI, HI BORINQUEN/ AGUADILLA, PR CORPUS CHRISTI, TX DETROIT, MI MUSKEGON, IL GUANTANAMO BAY, CUBA HOUSTON, TX HUMBOLDT BAY, CA JACKSONVILLE, FL KODIAK, AK LOS ANGELES, CA MIAMI, FL MOBILE, AL NEW ORLEANS, LA NORTH BEND, OR PORT ANGELES, WA SAN FRANCISCO, CA SAVANNAH, GA TRAVERSE CITY, MI WAUKEGAN, MI WASHINGTON, DC The system and associated support plans will be designed to minimize Coast Guard total life cycle costs. Additional systems may be acquired if the H-65 fleet is expanded. 3.0 Background The Coast Guard currently operates (97) H-65 aircraft which operate the Turbomeca Arriel 2C2CG engine. The fleet is being expanded to 102 aircraft. The Coast Guard is seeking to simplify logistics and reduce total ownership costs of maintaining these engines by providing the highest quality engine wash water available at the most cost-effective price across all its permanent maintenance facilities. The engine manufacturer recommends very strict water quality specifications, under eight (8) criteria, for regular maintenance processes. These criteria are detailed in Attachment (1): Turbomeca Memo dated 08 April 2005. 4.0 Support A support strategy based on water consumption rate is desired. The support structure will be based on existing Coast Guard support contracts. The support strategy will be included in the system procurement process. 5.0 Vendor Qualification The supplier must be an original equipment manufacturer (OEM) or a designated representative of an original equipment manufacturer for water quality improvement systems. The supplier must have English-speaking technical support personnel. All system documentation must be available in readily understandable English language format. 6.0 Evaluation After evaluation of the information received, the Coast Guard may issue a separate request for proposals. Selection and contract award will be made to the responsible offeror whose offer provides the best value to the Government determined by a balanced, performance-based evaluation of system capabilities, acceptance of the government defined comprehensive support requirements, past performance, delivery and price. The planned system evaluation criteria are: Technical Capability, Past Performance, Risk, Experience, Delivery and Price. Proposals that exceed the basic requirements will be considered. The evaluation and source selection process will consider each offeror's capability to provide a technical solution that best aligns with the requirements, is within the proposed schedule, and is affordably priced. An integrated assessment of the strengths, weaknesses, and risks of each offeror's proposal, together with the cost proposed, will be used to determine which proposal offers the best overall value to the Government. 7.0 Correspondence Correspondence regarding this statement of objectives should be sent to the following address: Contracting Officer HH-65 Product Line Division USCG Aircraft Repair and Supply Center Elizabeth City, NC 27909-5001 Tabitha.L.Bakely@uscg.mil
 
Record
SN01272801-W 20070415/070413220508 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.